DOCUMENT
R -- Real Estate Appraisal Services - Clauses & SOW
- Notice Date
- 2/6/2009
- Notice Type
- Clauses & SOW
- NAICS
- 531320
— Offices of Real Estate Appraisers
- Contracting Office
- Department of Agriculture, Natural Resources Conservation Service, Louisiana State Office, 3737 Government Street, Alexandria, Louisiana, 71302
- ZIP Code
- 71302
- Solicitation Number
- AG-7217-S-09-0017
- Response Due
- 2/25/2009 10:00:00 AM
- Point of Contact
- Vicki Supler,, Phone: 318-473-7645
- E-Mail Address
-
vicki.supler@la.usda.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information in this notice. This announcment constitutes the only solicitation; proposals are being requested. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27. The USDA Natural Resources Conservation Service in Louisiana intends to award multiple Blanket Purchase Agreements (BPA's) to small business courses capable of providing appraisal services for conservation easements. This is a Total Small Business Set Aside. The applicable NAICS code is 531320, with a business size standard of $2.0M. The contractor shall furnish all appraisal services according to the specifications incorporated with this solicitation. The appraiser must be a State Certified General Real Property Appraiser licensed in the state of Louisiana in good standing. The appraisals must be completed in compliance with the Uniform Standards of Professional Appraisal Practice and appraisal instructions by the NRCS. NRCS envisions entering into Multiple Blanket Purchase Agreements (BPA's) with qualified offerors capable of providing appraisal services. A BPA is a method of filling anticipated needs. It is not a contract. The Government is not obligated to place any orders nor is the vendor obligated to accept any orders. For each work assignment, the Government will request appraisal services through the issuance of a BPA call order from those firms that have been awarded BPA's. Individual call orders shall be submitted in accordance with the terms agreed to in the BPA's. Government personnel authorized to place call orders under the BPA will be identified on the BPA's by name and telephone number. The contractor will be expected to furnish the service in accordance with the terms and conditions of the BPA, without the need for additional paperwork beyond the Statement of Work that accompanies the order. Timely delivery of complete and accurate appraisals is crucial to the success of NRCS programs. Call orders are to be completed within 30 business days of the call order date. If the contractor is unable to provide the appraisal services within the 30 business day period, NRCS is to be notified; otherwise, it is expected to receive the appraisal report within 30 business days. PERIOD OF PERFORMANCE: Appraisal services are being sought for a period of five years with a contract period of March 1, 2009 to September 30, 2014. The BPA will remain in effect until cancelled by either party. STANDARDS AND RESPONSIBILITIES: 1) Must be a state certified general appraiser licensed in the State of Louisiana and in good standing. 2) The appraiser must have demonstrated compentency in compliance with USPAP in conducting appraisals of agricultural properties of the requested time. A copy of the appraiser's state licensed or practice permit shall be at the time of bid submission. If the contractor elects to sub-contract the appraisal work, the sub-contractor must also be a State Certified General Real Property Appraiser or obtain a temporary practice permit in the state where the subject property is located. Proof of the sub-contractor's qualifications and license must be supplied at the time of bid submission. The provisions of FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. Offerors must submit a completed copy of the provisions of FAR 52.212-3 Offerors representations and Certifications - Commercial Items with their offer. In addition, the provisions of FAR 52.212-4 Contract Terms and Conditions - Commercial Items and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items apply to this solicitation and are attached. EVALUATION PROCEDURES: The following factors shall be used to evaluate offers: 1. Technical Capacity - a narrative of the offeror's technical ability to provide personnel with education and work experience to perform the work described in the Statement of Work. Ability to perform in a timely manner and in compliance with the performance schedules and quality of work. Ability to perform simultaneously on multiple services. 2. Price - each item noted in the attached schedule. 3. Past Performance - Past experience in performing the work described in the Statement of Work, as well as experience in the area proposed. Past performance ratings demonstrating a commitment to customer satisfaction and timely delivery of quality services at fair and reasonable prices. This may include a list of references and letters of recommendation with company seal or logo may be submitted for evaluation purposes. Technical and past performance when combined are, equal to price. CENTRAL CONTRACTOR REGISTRATION: All contractors must be registered with the Central Contractor Registration (CCR) to be awarded a BPA. You may register easily and quickly online at www.ccr.gov or 1-888-227-2423. The first step to registering is to obtain a Data Universal Numbering System (DUNS) number, which is a unique nine-character identification number provided by the commercial company Dun & Bradstreet (D&B). To request a DUNS number call D&B at the toll free number 1-866-705-5711 or register online at http://www.dnb.com/ccr/register.html. Obtaining a DUNS number through this process is free of charge. It is advised that you begin this process as soon as possible since it can take several days to complete. Failure to register by close of business on the third day after notification of possible award by the Contracting Officer, may cause rejection of your offer. Interested Contractors wishing to enter into a BPA should reply in writing to the Contracting Officer listed below no later than Wednesday, February 25, 2009 at 10:00 a.m. Central Time. Offers should be addressed to the following: United States Department of Agriculture Natural Resoruces Conservation Service Louisiana State Office ATTN: Vicki Supler, Contracting Officer 3737 Government Street Alexandria, LA 71302 Place the solicitation number in the upper left corner of the envelope. Offerors must submit the following the address noted above: 1. Contractor's Name, Address, Phone, Fax, Email and DUNS Number; 2. Return the completed "Schedule" specifying pricing for appraisal services; 3. Provide qualification information and licensing information on key personnel expected to perform the work under the BPA, this information should include years of experience, types of appraisals prepared and experience in the areas proposed.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8ebc809ad8862eb56e3efd938f3db168&tab=core&_cview=1)
- Document(s)
- Clauses & SOW
- File Name: Clauses and Statement of Work (BPAClauses&SOW_02-04.pdf)
- Link: https://www.fbo.gov//utils/view?id=417fcd8ea5f03b295cbf0521b9bd6561
- Bytes: 463.09 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Clauses and Statement of Work (BPAClauses&SOW_02-04.pdf)
- Place of Performance
- Address: Louisiana State Office, 3737 Government Street, Alexandria, Louisiana, 71302, United States
- Zip Code: 71302
- Zip Code: 71302
- Record
- SN01745481-W 20090208/090206215254-8ebc809ad8862eb56e3efd938f3db168 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |